Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Y -- Construct F?35 Flight Simulator, Wisconsin Air National Guard Truax Field Air National Guard Base

Notice Date
8/14/2020 12:00:37 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-20-R-0001
 
Response Due
9/24/2020 1:00:00 PM
 
Archive Date
09/08/2021
 
Point of Contact
Katherine Pinnow, Phone: 6082454548, Karla Garcia
 
E-Mail Address
katherine.pinnow@us.af.mil, Karla.M.Garcia4.civ@mail.mil
(katherine.pinnow@us.af.mil, Karla.M.Garcia4.civ@mail.mil)
 
Description
The 115th Fighter Wing at Dane County Regional Airport -Truax Field, Madison, WI intends to issue a Request for Proposal to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to construct an F-35 Flight Simulator Building. This project seeks to demolish an existing 4,646 SF facility and construct in its place a 19,000 SF, 4-ship F-35 simulator training facility.� This facility will consist of four separate F-35 simulators which will reside in multiple Intelligence Community Directive (ICD) 705 rated areas.� Typical work includes, but is not be limited to: entire demolition of Building 410, a 4,646 SF facility, construction of a 19,000 SF simulator facility with multiple independent mechanical systems, plumbing, waste water, electrical and technology systems. �Strict adherence to construction plans and specifications is absolutely necessary to ensure Lockheed Martin simulators are capable of being installed.� Any deviations in addition to the Government approving must independently be approved by Air Combat Command and Lockheed Martin.� Asbestos removal in small amounts may also be required.� Typical Communications cables work includes, but is not be limited to all cabling for the entire project to include outside plant pathway reconstruction prior to building demolition.� Typical Security Hardware work includes, but is not be limited to the balanced magnetic switches, cameras, motion sensors, etc needed to secure the facility for the vault.� All work will be in accordance with design requirements, specifications and drawings provided within the master specifications. This solicitation will result in a single construction contract for both demolition and new construction. OPTIONS: Options will be used for this project in addition to the previous work described. There will be a total of five (5) options. Options are as follows: Security Windows Exterior Insulation and Finish System Window Canopies CMU Interior Walls BRAND NAME: This project requires a brand name specific product. A justification will be posted upon issuance of and attached to the solicitation. The brand name products included in this acquisition include the following: Advantor Security System, Andover Direct Digital Control, Acoustic Technology, Inc mass notification system, Krieger Acoustical and Sensitive Compartmented Information Facility Doors, Marshall Best Security Corporations premium YB series keys and cores, and Monaco Enterprises, Inc radio transceiver. This project will be solicited as unrestricted.� The HubZone preference in accordance with FAR 19.1307 applies. All responsible offerors are encouraged to participate. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer.� The contract duration is 565 days from issuance of the Notice to Proceed.� The North American Industry Classification (NAICS) Code is 236220, with a size standard of $36,500,000 average annual revenue for the previous three (3) years.� The magnitude is between $10,000,000 and $25,000,000. Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of technical merit, past performance, small business participation and price.� The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, Source Selection Procedures. The date for the pre-proposal conference/site visit is on 25 August 2020, 9:00AM CST.� Interested contractors are highly encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation.�� Proposal due date is scheduled for on 24 September 2020.� This is not an invitation for bids and there will not be a formal public bid opening. Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the beta.SAM.GOV website online at https://beta.SAM.GOV/. �beta.SAM.GOV is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://beta.SAM.GOV/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43e190c900f4474a9c797bb06787379b/view)
 
Place of Performance
Address: WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05758550-F 20200816/200814230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.